request for proposal - new westminster · 2017-03-23 · request for proposal . nwrfp-17-12 ....

30
REQUEST FOR PROPOSAL NWRFP-17-12 Design and Construction of One Tandem Axle Automated Garbage Truck Closing Time: April 18, 2017 3:00 P.M., Local Time, Vancouver BC Closing Location: Main Reception Desk City of New Westminster 511 Royal Avenue, New Westminster, B.C. V3L 1H9 Title Page for Request for Proposal Page 1 Introduction Page 2 General Conditions Page 4 Scope of Work, Page 7 Proposal Selection Page 8 Appendix A Draft Consulting and Professional Services Agreement Page 9 Specifications Page 15 Further requests for information : Ron Gidda, Purchasing Supervisor 604-517-5406 [email protected] COMPANY NAME Address: Telephone number Email Signature: by officer with express authority to enter into contract 1. DATED

Upload: others

Post on 24-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

REQUEST FOR PROPOSAL

NWRFP-17-12

Design and Construction of One Tandem Axle Automated Garbage Truck

Closing Time: April 18, 2017

3:00 P.M., Local Time, Vancouver BC

Closing Location:

Main Reception Desk City of New Westminster

511 Royal Avenue, New Westminster, B.C. V3L 1H9

Title Page for Request for Proposal

Page 1

Introduction Page 2 General Conditions Page 4 Scope of Work, Page 7 Proposal Selection Page 8 Appendix A Draft Consulting and Professional Services Agreement Page 9 Specifications Page 15

Further requests for information :

Ron Gidda, Purchasing Supervisor

604-517-5406 [email protected]

COMPANY NAME

Address: Telephone number Email

Signature: by officer with express authority to enter into contract 1. DATED

Page 2: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

INTRODUCTION

PURPOSE AND BACKGROUND OF THE REQUEST FOR PROPOSAL

The City of New Westminster provides the waste and recycling pick up for the residents of New Westminster. We have made the transition to automated collection and intend to purchase vehicles best suited for City of New Westminster’s compact lanes, and narrow streets. We will be adding another unit to our current garbage truck fleet with 24 - 31 cubic yard capacity, dependant on overall size and manoeuvrability.

RESPONSE TIME AND PHYSICAL FORMAT OF PROPOSAL

Three (3) copies of the Proposal, including one signed and initialed copy of this Request for Proposal, are to be submitted and clearly marked on the outside envelope or box as follows:

Design and Construction of

One Tandem Axle Automated Garbage Truck

Proposals will be received by the City at the location and time indicated on the title page of this Request for Proposal. The clock at the MAIN RECEPTION DESK is the official clock. It is the Proponent's sole responsibility to ensure that its Proposal is received on time. Fax or electronic mail submissions will not be accepted. Late proposals may be returned unopened.

Proposals should remain unchanged for consideration for a period of 60 days from date of closing. Successful proposals submitted may become part of contracts for service.

The City reserves the right not to respond to inquiries made within 4 days of the closing date. Inquiries and responses will be recorded and may be distributed to all invited consultants at the discretion of the City.

All proposals must clearly identify:

Understanding of assignment; Approach; Cost/Schedule; Project Team/Experience

The following must be included as part of the proposal:

1. A brief outline of the Consultant understanding of the project.

− A detailed work program and description of the methodology and data sources to be used for all parts of the work.

Proponent’s Initials __________

Page 2 of 30

Page 3: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

2. A schedule of activity from date of award to final submission. 3. The cost to complete the project, with an estimate of how much of the budget is to be

used for each component of the project. This budget should also include an estimate of disbursements and the charge-out schedule for personnel and disbursements in general. No overhead costs shall be added to disbursements.

4. A list of any sub-consultants. 5. Information on directly relevant experience undertaken by the consulting team. 6. Names of three references of clients who have undertaken similar work and who may be

contacted to gauge the performance of the Consultant.

The City of New Westminster reserves the right to invite proposals from other parties and to reject any or all proposals. The City is looking for a proposal offering best overall value. The proposal will be evaluated based on selection criteria (see below) such as work methodology, understanding of project requirements, team experience and qualifications, schedule, and costs. The lowest fee submission or any proposal may not necessarily be accepted.

OWNERSHIP OF PROPOSALS AND FREEDOM OF INFORMATION

All documents submitted to the City of New Westminster become the property of the City, and as such, Proponents are advised that parts, or all, of their proposals may be subject to the provisions of British Columbia's Freedom of Information and Protection of Privacy (FIPP) and Community Charter. Proponents who wish to ensure particular parts of their Proposals are protected from disclosure under the FIPP Act should specifically identify any information or records provided with their proposals that constitute a) trade secrets, and b) that are supplied in confidence, and c) the release of which could significantly harm their competitive position. Information that does not meet all three of the foregoing categories may be subject to disclosure to third parties. Please refer to the Freedom of Information and Protection of Privacy Act for further information.

All information, data systems or other material prepared or collated for this project will become the property of the City of New Westminster. Staff will identify the data and the presentation format for any findings to be made available to the public.

Proponent’s Initials __________

Page 3 of 30

Page 4: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

GENERAL CONDITIONS

CONFIDENTIALITY OF CITY INFORMATION

Any information acquired about the City by a Proponent during this RFP process must not be disclosed unless authorized in writing by the City, and this obligation will survive the termination of this RFP process. The awarding of any contract or the reaching of any agreement for the provision of legal services to the City will not permit any Proponent to advertise a relationship with the City without the City's prior written authorization. The following conditions apply:

- This RFP, or any portion thereof, may not be used for any purpose other than the submission or proposals.

- The successful proponent must agree not to divulge or release any confidential information that has been received during the course of carrying out its duties or performing its services.

PROFESSIONAL CONDUCT

Proponents will comply with published professional standards governing these services. PROPONENT’S EXPENSES

Proponents shall be solely responsible for their own expenses in preparing a proposal and subsequent negotiations with the City, if any. If the City elects to reject all proposals, the City will not be liable to any Proponent for any claims, whether for costs or damages incurred by the Proponent in preparing the proposal, loss of anticipated profit in connection with any final Contract, or any other matter whatsoever.

LIMITATION OF DAMAGES

Further to the preceding paragraph, the Proponent, by submitting a proposal, agrees that it will not claim damages, for whatever reason, relating to the Contract or in respect of the competitive process, in excess of an amount equivalent to the reasonable costs incurred by the Proponent in preparing its proposal and the Proponent, by submitting a proposal, waives any claim for loss of profits if no Contract is made with the Proponent.

Proponent’s Initials __________

Page 4 of 30

Page 5: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

THE PROPONENT ACKNOWLEDGES AND AGREES THAT:

1. Other City officers (except those stated on the Title page), City employees and elected officials will not be contacted directly or indirectly regarding this Request for Proposal.

2. This RFP is not a call for tenders but is intended to invite Proponents to submit detailed proposals by which the City’s objectives, as stated herein, can be met, following which the City will enter into further negotiations with the successful Proponent for the provision of the required services;

3. The City has the absolute right to accept or reject any Proposal for any reason, to negotiate with any Proponent or Proponents and to evaluate the Proposals in accordance with all information submitted by the Proponents and to abandon the RFP at any stage, for any reason.

4. There shall be no obligation on the part of the City of New Westminster to receive further information, whether written or oral, from any Proponent nor to disclose the nature of any proposal received; and if its Proposal is accepted by the City, following negotiations with the City, the Proponent will be required to execute a formal contract to provide the services, in a form acceptable to the City.

5. The City of New Westminster shall not be obligated in any manner whatsoever until a written agreement has been duly executed relating to an approved proposal.

COMPLIANCE WITH LAWS AND REGULATIONS

Any successful Proponent must be prepared, at no extra cost, to give all the notices, and obtain all the licenses and permits required to provide the services in the City of New Westminster and to comply with all Federal Provincial and Municipal laws applicable to the services or the performance of the contract, including those of WorkSafe BC.

LITIGATION

In addition to any other provision of this RFP, the City may, in its absolute discretion, reject a proposal if the proponent, or any officer or director of the proponent submitting the proposal, is or has been engaged directly or indirectly in a legal action against the City, its elected or appointed officers, representatives or employees in relation to any matter. In determining whether or not to reject a proposal under this section, the City will consider whether the litigation is likely to affect the proponent’s ability to work with the City, its consultants and representatives and whether the City’s experience with the proponent indicates that there is a risk the City will incur increased staff and legal costs in the administration of the contract if it is awarded to the proponent.

SUBCONTRACT AND ASSIGNMENT

In the event of any proposed sub-contracting arrangement (which includes a joint proposal submitted by two bodies having no formal corporate links) the responsibility for the submission of a proposal, any subsequent negotiation, and the administration of any resulting contract for service will be that of the first Proponent named on the title page.

Proponent’s Initials __________

Page 5 of 30

Page 6: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Under no circumstances may any part of an executed contract resulting from this RFP be sub-contracted or assigned to another firm, person or company without the prior written authorization of the City of New Westminster.

INSURANCE

Any contract for service, which results from this RFP process, will also include a term requiring the service provider(s) to, insofar as is legally permissible, indemnify and hold harmless the City, its officers and employees, from any and all liability arising out of the service provider's or a contractor's performance or non-performance of the terms of the contract or out of the provision of the service generally.

ACTING IN CONFLICT

Any contract for service, which results from this RFP process, will include a term prohibiting the service provider(s) from acting for any party whose interests are in conflict with those of the City, unless specific prior waiver of that term has been given in writing by the City in each instance.

CONFLICT OF INTEREST

By submitting a proposal, the Proponent warrants that neither it nor any of its officers or directors, or any employee or subcontractor, has any financial or personal relationship or affiliation with any elected official or employee of the Corporation or their immediate families which might in any way be seen or perceived (in the Corporation’s sole and unfettered discretion) to create a conflict.

MULTIPLE PREFERED PROPONENTS

The City reserves the right and discretion to divide up the services, either by scope, geographic area, or other basis as the City may decide, and to select one or more preferred proponents to enter into discussions with the City for one or more contracts to perform a portion or portions of the Services.

In addition to any other provision of this RFP, proposals may be evaluated on the basis of advantages and disadvantages to the City that might result or be achieved from the City dividing up the services and entering into one or more contracts with one or more proponents.

Proponent’s Initials __________

Page 6 of 30

Page 7: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

SCOPE OF WORK

SCOPE OF WORK The City of New Westminster is seeking the services of a proponent to provide the design and construction of one tandem axle automated garbage truck. Here is a summary of the requirements:

1. Provide complete specifications and full five sided detailed drawings.

2. Provide any appropriate information on the material, fabrication and finish specifications that will be applied in the construction of the apparatus.

3. Provide multiple site inspections with a pre-determined schedule.

4. The consultant is required to supply the location address and company name of the local business that is qualified to complete all warranty work and supply parts as required. A copy of the agreement between the two agencies to perform such work shall be supplied with this proposal.

PROJECT SCHEDULE

The consulting team will have a maximum of eight (8) months to complete the project from date of award. This includes sufficient time for city staff to retrieve data requested and review draft reports, presentations.

If, in the consulting team’s opinion, an alternative schedule would be better suited to achieving the project objective, this should be clearly indicated in the proposal. Accelerated schedules will be considered more favorably during the proposal review process.

The proposal should identify approximate dates for meetings with the project team City Council, consultation sessions, and submission of draft and final reports.

PROGRESS REPORTS

The successful consulting team will be expected to provide a monthly report which will advise:

(a) The status of the work in progress; (b) Recommendation for any changes to the scope of work; (c) Monthly statements in the format of the attached Progress Payment Statement; (d) Any other relevant information regarding the status of the project, including the

budget, scope and schedule. PAYMENTS

Each invoice will show an itemized list of services and costs incurred for each of the tasks outlined in the SCOPE OF WORK. In addition to an itemized invoice, each invoice submitted by the Consultant will clearly indicate:

Proponent’s Initials __________

Page 7 of 30

Page 8: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

The total amount of services and disbursements and total for each task. The total to date for each task. The total payable for this invoice.

PROJECT MANAGEMENT

The contract will be held by the City of New Westminster, and administered by its Engineering Operations Department. The consultant will work in close collaboration with staff from the City of New Westminster. The day to day project administration will be carried out by Kevin Thorpe, Fleet Services Supervisor.

PROPOSAL SELECTION

City staff will evaluate proposals using the following criteria:

− Shortest overall length

− Shortest turning radius

− Shortest wheel base

− Compatibility with existing fleet

− Best delivery date

− Understanding of, and ability to meet, project requirements

− Experience, reputation and resources

− Value for cost

− Rigour of methodology

The City will not be limited to the criteria referred to above, but all criteria considered will be applied evenly and fairly to all proposals.

The City of New Westminster reserves the right to invite proposals from other parties and to reject any or all proposals. The proposal offering the lowest cost or any proposal may not necessarily be accepted. The City is looking for a proposal offering best overall value.

INTERVIEWS

The evaluation team may, at its discretion, invite some or all of the proponents to appear before the evaluation team to provide clarifications of their proposals. In such event, the evaluation team will be entitled to consider the answers received in evaluating proposals.

Proponent’s Initials __________

Page 8 of 30

Page 9: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

APPENDIX A

DRAFT CONSULTING AND PROFESSIONAL SERVICES AGREEMENT This Agreement made as of the ____ day of ______, 2017 BETWEEN: THE CORPORATION OF THE CITY OF NEW WESTMINSTER (Herein called the “City”) OF THE FIRST PART AND: “Consultant” (Herein called the “Consultant”) OF THE SECOND PART The City and the Consultant agree as follows: ARTICLE 1 - ENGAGEMENT

a) The City engages the Consultant and the Consultant agrees to perform Consulting Services (herein called the “Services”) and provide all qualified personnel, support services, reports, analysis and such other things required by the Terms of Reference attached hereto and proposal for ________, submitted to the City __________ (as the same may be amended from time to time by mutual agreement in writing) which form part of this Agreement.

The Consultant represents that he/she is professionally qualified and capable of performing the Services and shall at all times exercise the standards of care, skill and diligence normally provided by a professional specializing in the performance of the Services similar to those contemplated by this Agreement.

The Consultant will not act for any party whose interests are in conflict with those of the City, unless specific prior waiver of that term has been given in writing by the City in each instance.

The Consultant warrants that neither it nor any of its officers or directors, or any employee, has any financial or personal relationship or affiliation with any elected official or employee of the Corporation or their immediate families which might in any way be seen or perceived (in the Corporation’s sole and unfettered discretion) to create a conflict. If such any conflict of interest arises during this agreement the Consultant will immediately inform the City in writing.

ARTICLE 2 - DURATION AND TERMINATION DURATION a) Services under this Agreement shall commence __________ and be completed in accordance

with the schedule in the Terms of Reference, subject to further extension as agreed upon by the parties.

b) Completion shall be when the City certifies in writing all requirements under this Agreement have been fulfilled to the satisfaction of the City.

Proponent’s Initials __________

Page 9 of 30

Page 10: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

c) In the event additional services are required which do not fall within those described Terms of

Reference then the completion date set forth above may, by mutual agreement, be extended by a period determined to be sufficient for such additional services. Additional services may be requested in writing by the City and payment therefore shall be agreed between the Consultant and the City prior to provision of same.

d) Should the Consultant breach this agreement, either by abandonment, or by act or omission on his part contravening the terms of this Agreement then this Agreement shall terminate at the time of such abandonment or act or omission and the Consultant shall be paid only for Services performed up to the date of contravention.

e) Acts or omissions by the Consultant which shall justify termination of this Agreement shall include but not be limited to the following:

i) neglect of duties; ii) Non-compliance of this Agreement; iii) Inability to perform the Services he represented himself as competent to perform; iv) Any misrepresentation made or concealment of material fact for the purpose of

securing this Agreement.

TERMINATION

The agreement may be terminated by the City as follows:

(a) For Deficiency or Default - immediately by providing to the Consultant written notice of the deficiency or default after the Consultant has been given a reasonable opportunity to remedy said deficiency or default;

(b) Without Cause - by providing the Notice in writing to (as agreed upon).

Upon termination of the agreement, the Consultant will be paid for all work performed up to the effective date of termination. All other obligations of the City to the Consultant will terminate upon the termination or expiry of the agreement.

ARTICLE 3 - NON-DISCLOSURE OF INFORMATION The Consultant accepts that any information relating to the business affairs of the City is confidential and that any disclosure by him of any such information to unauthorized persons shall be reason for termination of this Agreement.

ARTICLE 4 OWNERSHIP OF CONTRACT DOCUMENTS AND FREEDOM OF INFORMATION All documents submitted to the City of New Westminster become the property of the City, and as such, Consultants are advised that parts, or all, of this contract and documents legally connected to this contract may be subject to the provisions of British Columbia's Freedom of Information and Protection of Privacy (FIPP) and Community Charter. Consultants who wish to ensure particular parts of this contract are protected from disclosure under the FIPP Act should specifically identify any information or records forming part of the contract that constitute (1) trade secrets, (2) that are supplied in confidence, and (3) the release of which could significantly harm their competitive position. Information that does not meet all three of the foregoing categories may be subject to disclosure to third parties. Please refer to the Freedom of Information and Protection of Privacy Act for further information.

Proponent’s Initials __________

Page 10 of 30

Page 11: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

ARTICLE 5 - COMPLIANCE WITH APPLICABLE LAWS The consultant is required to build the apparatus to comply with all CMVSS, Canada Transport Regulations, WCB standards, Hydraulic institute standards, applicable SAR standards and codes.

The Consultant shall be responsible for giving all notices and complying with all laws, ordinances, rules, regulations, codes and standard relating to the conduct of the Services and the locations to which the Services are to be performed. The Consultant shall indemnify the City and hold it harmless from and against any claim, penalty, losses, damages or expenses which might be made, imposed, suffered, or incurred by reason of an asserted or established violation of any such laws, ordinances, rules, regulations, codes or standards. The Consultant will register for, obtain and maintain their own separate WorkSafeBC Insurance Coverage, when required by WorkSafeBC and the Workers Compensation Act. Most employers are required by law to register their firm with WorkSafeBC and pay premiums; however, there are some exemptions to registration and there are situations where registration is optional (i.e. Personal Optional Protection and voluntary coverage). When WorkSafeBC Insurance coverage is required, the Consultant will prove to the City they are registered with WorkSafeBC and are up to date on their premiums by providing a WorkSafeBC Clearance letter to the City before the Consultant starts work for the City and again before the City makes final payment to the Consultant. The Consultant will comply with the WorkSafeBC Occupational Health and Safety Regulation and the Workers’ Compensation (WC) Act. Any WorkSafeBC violation by the Consultant may be considered a breach of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City. Any penalties, sanctions or additional costs levied against the City, as a result of the actions of the Consultant are the responsibility of the Consultant. For information on who is required to register and who is exempt from registering for WorkSafeBC Insurance Coverage and/or more information on Personal Optional Protection, go to the WorkSafeBC website (www.worksafebc.com).

ARTICLE 6 - PATENT RIGHTS AND ROYALTIES The Consultant shall save harmless and indemnify the City from and against all claims and proceedings for or in account of infringement or any patent, design right, trademark or name or other protected rights in respect of any practice or process in respect of the Services to be performed. ARTICLE 7 - ADVERTISING AND PUBLICITY All proposed advertising or publicity by the Consultant referring to the City or performance of the Services shall be submitted to the City for written approval prior to issue. ARTICLE 8 - RELATIONSHIP It is expressly agreed, represented and understood that the parties have entered into an arm’s length independent contract for the rendering of the above-mentioned Services and that the Consultant is not an employee, agent or servant, of the City. Further, this Agreement shall not be deemed to constitute or create any partnership, joint venture, master-servant, employer-employee, principal-agent or any

Proponent’s Initials __________

Page 11 of 30

Page 12: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

other relationship apart from an independent contractor status providing an independent service for which the City will be invoiced according to the terms and conditions of this Agreement.

The manner and means by which the Consultant conducts its work in order to provide the Services contemplated by this Agreement are under its control.

ARTICLE 9 - FEES

In consideration of the performance of the Services, the City shall pay the Consultant monies determined by the rates provided in the proposal and the limits found in the Terms of Reference not to be exceeded without the prior written consent of the City:

The City retains the right to access and audit the Consultant’s files and records related to the City’s business with 24 hours notice during normal business hours. ARTICLE 10 - APPLICATION FOR PAYMENT Application for payment in respect of lump sum items may be made by the Consultant in writing as the Services proceed. Applications may be made monthly up to the last day of the monthly payment period for the value of Services performed to that date including expenses (if any) properly incurred during the performance of the Services and any approved additional services.

The Consultant agrees to remit and shall be responsible for all withholding taxes, income taxes, Canada Pension Plan contributions, Employment Insurance deductions, and any other deductions required by the applicable provincial or federal statutes for the Consultant and any of its employees.

The Consultant must also obtain and maintain its own separate Worker’s Compensation Coverage and abide by all provisions of the Worker’s Compensation Act and Regulations. A letter of good standing from the Worker’s Compensation Board must be provided to the City prior to commencement of the work.

Application for payment in respect of hourly items may be made by the Consultant as described above providing such applications shall be accompanied by the appropriate time sheets for verification by the City.

Payment will be made by the City to the Consultant within thirty (30) days of receipt of Consultants application for payment subject only to an amount which may be withheld, on written notice to the Consultant, to protect the City from any actual or anticipated loss, damage, cost or expense arising from one or more of the following:

i) The Consultant not making satisfactory progress in the opinion of the City; ii) Deficiencies and errors in design, reporting, analysis or similar which have not been

corrected or remedied; and iii) Any other breach described in this Agreement under ARTICLES 2, 3, 4 AND 5.

ARTICLE 11 – INSURANCE The Consultant, insofar as is legally permissible , indemnify and hold harmless the City, its officers and employees, from any and all liability arising out of the Consultant's performance or non-performance of the terms of the contract or out of the provision of the Services generally.

Proponent’s Initials __________

Page 12 of 30

Page 13: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

ARTICLE 12 - ASSIGNMENTS This Agreement may not be assigned by the Consultant, or to its successor (s) without the express written consent of the City. ARTICLE 13 – ENGAGEMENT OF OTHER CONSULTANTS The City in any event reserves the right at its own discretion to engage any consultant, other than that with which it reaches an agreement(s), during the term of such an agreement(s), if is deemed advantageous or appropriate. ARTICLE 14 – OWNERSHIP AND COPYRIGHT Any documents or products produced by the Consultant for the benefit of the City as a result of the provision of the Services may be used by the City in any manner as part of its operations at its own risk if the City chooses to use them in any manner other than for the particular purpose for which they were provided. The City is to receive all document, model and data files related to this project and will become the property of the City for its use. No term of this Agreement shall be deemed to have been waived by a party unless written waiver from the other party has been first obtained, and no condoning, excusing or overlooking of any default on previous occasions, or any earlier written waiver shall operate as a waiver in respect of a subsequent default. This Agreement is the whole of the Agreement between the parties and sets forth all the warranties, representations, covenants, promises, terms and conditions between the parties and there is no other written or oral express or implied terms, conditions, warranties, representations or promises not reduced to writing and set out in this Agreement.

Proponent’s Initials __________

Page 13 of 30

Page 14: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

IN WITNESS WHEREOF the parties hereto have caused their respective seals to be affixed as of the day and year first above written

THE AUTHORIZED SIGNATURES FOR THE CORPORATION OF THE CITY OF NEW WESTMINSTER: Purchasing Manager: Engineering Department Representative

) ) ) ) )

Accepted and Agreed on , 20 By CORPORATE NAME Vendor

) ) ) ) )

Authorized Signature Name and Office

) )

Proponent’s Initials __________

Page 14 of 30

Page 15: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

SPECIFICATIONS

Specifications For: One Tandem Axle Truck 24 Cu. Yd. Automated Refuse Packer

Make: Model and Year: New Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

1 Operating Weight

Approx. 66,000lb GVWR State

2 Exterior Dimensions

Wheelbase: To suit body builder, shortest possible for increased turning radius.

State

3 Axle 1. Front: 20,000lb (9072kg) capacity to include double acting telescopic shock absorbers.

2. Rear: 46,000lb (20886kg) capacity to include locking inter-wheel diffs, driver controlled manual air valve with warning light (both rear axles). Include lube pump.

3. Diff ratio: 5:38 ratio or to suit top speed.

State: 1. Type of hubs.

2. Front spring rating at ground.

3. Rear suspension rating at ground.

4. Type, make & model of differential offered.

State

4 Suspension Front: Shall be multi-leaf taper leaf designed for rating of axle.

Rear: (Preferred) Hendrickson Haulmaxx Hmx 460 with traction rods and rubber center bearings. 54 inch axle spacing.

State: Cost of optional Chalmers rear:

State

5 Steering Power: (Preferred) Sheppard M100 Dual 20,000lb rating.

Right hand-drive only.

State: Turning radius must be tightest possible.

State

Proponent’s Initials __________

Page 15 of 30

Page 16: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

6 Engine Minimum 345 HP 1250Ft./lbs torque. Prefer Cummins or Detroit.

Must comply with all latest 2016 emissions ratings or newer

Describe fully, list optional engine choices:

Programmable idle shut down after 15min.

Engine protection shutdown system to include oil pressure, oil temperature, coolant temperature, and intake manifold pressure.

Must be equipped with an exhaust/engine brake.

Horizontally mounted Donaldson air cleaner, dual element dual stage or single stage with pre-cleaner in air intake stack.

Must be B20 Bio-diesel compliant.

State: 1. Fuel water separator

2. Fuel filters

3. Engine speed up system

4. Type of engine shutdown system

State:

7 Transmission Automatic Allison transmission HD 4500 RDS to suit engine and 90km/hr top speed.

Auxiliary oil cooler.

Transynd transmission fluid.

Allison RDS auto-neutral for automated arm operation. Dash mounted on/off switch.

Top Speed: 90km/hr (provide scaan report) State: Cost of Allison tranny brake:

State

8 Frame Frame Rails shall be full length double “C” heat-treated alloy steel with a minimum RBM of 3,000,000 with a section modulus of 27.0.

Variable drop frame is not acceptable

Two (2) tow hooks to be mounted and accessible through access holes in the bumper. Or an easily accessible heavy duty tow pin.

Front skid plate provided under engine area.

State

Proponent’s Initials __________

Page 16 of 30

Page 17: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

9 Brakes Air Brakes, dual system with Meritor-Wabco (or equivalent) six channel anti-lock braking system, with full vehicle wheel control system.

Brake dust shields for front and rear brakes.

Heated air dryer, spin-on type, mounted outside of truck frame. Prefer Meritor/Wabco air dryer SS twin with coalescing oil filter, metri-pack-type heater.

Auto drain valve heater with a heater.

Airlines, air tanks and dryer to be mounted below frame rails providing a clear frame for mounting of an automated side loading refuse body.

Steel painted air tanks.

Hand control service brake (flipper brake) for continuous stopping.

Refuse service brakes on all axles

Haldex auto slack adjusters.

Air drain cocks located on driver side of truck with a common manifold. To be drained nightly

Slack adjuster travel indicators.

Spring brakes on both rear axles.

State: 1. Size and type of brake shoes

2. CFM output of compressor

3. Size and type of brake pots.

State:

10 Fuel Tank Approx. 80 gal (302L) gallon fuel tank, frame mounted. To suit body builder

State

11 Cooling System

Extra capacity radiator to match engine, radiator tanks bolted top and bottom. Pressure filler cap, water filter – spin off type, anti-freeze -30°C. Complete with Rubber hoses no silicon hoses.

State

12 Wheels White Hub pilot steel rims Fronts tires to be :425/65 R22.5 Rear tires to be 11/R22.5

State

13 Exhaust Bright finish single vertical straight stack, plain end, perforated stack diffuser with bright finish shields.

DPF system to be behind cab area.

State location of DPF system and DEF tank:

State: Type and design

Proponent’s Initials __________

Page 17 of 30

Page 18: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

14 Electrical & Lighting

Minimum 160 amp alternator

Three (3) heavy duty maintenance free long life AGM batteries. Minimum 2100CCA. 12V system.

Battery box with bottom drains and rubber tie-down straps to be located behind the cab.

Battery disconnect (night) switch mounted near R/F door with easy access in mind.

Intermittent windshield wipers.

Heavy duty starter.

Engine start/shutdown system to be electric. Key operated.

Back-up alarm 102 db minimum.

Turn signals dual LED type front mounted with integral reflectors and side marker lights. Prefer signals to be self-cancelling.

Two rear facing load lights located on back of cab, left and rights sides. To include switch and indicator light in cab.

Headlights – standard

Dome and dual beam map lights

Electrical line to be routed to rear of frame and bundled for body installer.

All lights to be LED where applicable.

All lights to conform to BC Motor Vehicle Act.

Amber and red – clearance lights, top sides and rear to meet federal, provincial requirements and be LED type. 1 set – combination stop, tail and turn signal on top sides of

packer to be protected with guards to prevent damage from overhanging trees, also one set combination stop, tail and turn signal lights on lower area of packer, all LED type

License plate – bracket with light and back-up light shall be supplied and mounted on rear of tailgate

Reflectors – six required, to be installed on packer body. One amber on each lower front side. One red on each lower rear side. Two red on rear of tailgate. All body control operations to be multiplexed with full diagnostic capabilities using industry standard J1939 data bus. Wires numbered or circuit indicated every min. 6”. Power distribution center to be located in a protected environment with easy accessibility.

State

Proponent’s Initials __________

Page 18 of 30

Page 19: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

15 Cab Specifically Peterbilt cab and Chassis, Right hand drive only cab forward design.

To be of tilt cab design with cloth seating for 2 men, c/w seat belts

Rubber wheel well fenders if needed.

Cush-n-air driver seat with inside arm rest.

AM/FM radio with Bluetooth.

Seating for one passenger.

Left & Right side sun visors.

Full Insulation package.

Flat floor with rubber floor mats.

Rain gutters

Padded engine cover

HD heater & defroster system

Tinted safety glass.

Cab and door mounted grab handles.

18 inch high extended metal step each side.

Non air passenger seat. Three point safety belts for both driver and passenger. Door locks both sides.

Air conditioning with an integrated heater and defroster. 54000 BTU/HR

Power windows, switches located on dash.

Two (2) 16” x 6’ rectangular West Coast style mirrors. Stainless steel heads and brackets. Heated and motorized. Two 8” stainless steel heated convex mirrors mounted below primary mirrors.

Two auxiliary defroster fans mounted in cab.

Gauges to be mounted on right hand side. Speedometer, tachometer, engine hour meter, oil pressure, water temperature, transmission oil temperature, fuel level, voltmeter, low air warning light with buzzer and a parking brake warning light.

Two air pressure gauges. To include air applied gauge.

Dual electric & air horns w/shield

Fire extinguisher mounted in cab

Emergency flare kit in storage box mounted in cab

Proponent’s Initials __________

Page 19 of 30

Page 20: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

16 Noise Level Not to exceed decibel rating of 87 DBA at distance of 20’ (6m) at 30 MPH (50 KM/H).

17 Chassis Optional

Park brake/locking mechanism: One lever, one movement & one step activated brake, putting the automatic transmission into neutral & parking the chassis on its service brakes. When the brake is released, the transmission is automatically engaged.

2 Roof mounted dual monitor bracket & wiring, 4 cameras

prep kit: Prefer “Intec” camera system if available.

AM/FM Radio/CD shutoff: auto radio shutoff when vehicle engaged in reverse

Air Ventilation: Air vents one on each side, state what is

offered. Tow hooks on the rear of frame Pneumatic air assist for cab tilt mechanism. List any other available options:

State:

18 Body Shall be installed, ready for use, on a cab-over truck chassis of proper type and capacity. All body welds shall be continuous, waterproof welds on both the inside and outside of every sea, and joint. An easily replaceable neoprene seal shall be provided around all doors and opening, making the body liquid tight up to a height of at least 30”. Floor of the body should be constructed of 3/16” AR plate. Sides of body should be constructed of 12 gauge AR plate (minimum) Body prop and to be included with body. Include hydraulic spill kit with holder on the side of the body. Body must be equipped with a hopper access door located on the curbside (preferred) complete with a proximity switch and light in cab. ISO 9001 certification preferred

State:

Proponent’s Initials __________

Page 20 of 30

Page 21: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

19 Hopper State Dimensions

Capacity of approx. 6cu yd. (depending on overall capacity)

Crusher panel

Hopper access (clean-out) on both sides of truck.

State:

Proponent’s Initials __________

Page 21 of 30

Page 22: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

20 Loading Arm Automated hydraulically operated lifting arm with rubber belt type grasping system. Must be compatible with 32-96 US gal plastic garbage containers and have padded arms which shall close around container without adjusting the grip.

Automatic packing cycle after cart dump. Equipped with self-aligning, hardened steel bushings at

each pivot point.

The equipment shall perform the cart dumping sequence while the truck is at idle speed and without the driver engaging or disengaging the transmission from drive to neutral.

The equipment shall perform the cart dumping sequence

while the truck is at idle speed and without the driver engaging or disengaging the transmission from drive to neutral.

The automated arm must be capable of grasping and

lifting (in one motion) a 32-96 gal US cart, which is placed at any point measured from the truck to a distance of approx. 96 -144” along the reaching motion of the arm.

Maximum lifting capacity at maximum reach shall be 400lbs.

Spill shield to be included on lifting arm.

Cycle time at minimum reach shall be 10 seconds.

Cycle time at maximum reach shall be 20 seconds.

Cycle time to pick up a cart, dump it and return it to it’s initial position (from fully retracted to fully retracted position) State cycle times: Minimum reach – cycle time Maximum reach – cycle time State maximum reach: State lift capacity at maximum reach: State minimum lane width for proper operation: (should include space required for can pick-up)

List optional arm systems and prices:

State:

Proponent’s Initials __________

Page 22 of 30

Page 23: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

21 Hydraulic Pump and Reservoir

A hydraulic pump shall be able to deliver a minimum flow of 20 GPM @ 700 RPM and include a relief valve adjustment of 3000 PSI.

System will be high output to operate at idle speed while transmission is in gear. Return line filter capacity will be 150 GPM.

Hydraulic pump is to be high pressure gear type with sufficient displacement to meet needs of tendered unit.

Front mounted behind front bumper. Tank to be mounted above pump inlet to assure against pump

cavitation, tank to be properly baffled with inspection cover.

Tank to be fitted with shut-off valves to allow repairs without draining reservoir. Shut-off valve to have a flow-through area at least equal to inlet port of pump.

Hydraulic reservoir to be equipped with magnetic drain plug, a glass sight gauge.

State: Tank capacity used

State:

22 Hydraulic Lines

All hydraulic lines to be heavy duty high pressure.

All strapped and clamped

All moving lines to be clear of “catch points”

Hose fittings to be standard sizes, and available from local suppliers.

State: PSI and type used

State:

23 Hydraulic System

The hydraulic system is to be designated to protect itself against damage. A relief valve is required in the system. Hydraulic system is to be jam proof

Maximum acceptable pressure is 3,000 PSI

All cylinders shall be of high quality with premium seals and screw on caps to lock glands.

The maximum hydraulic oil temperature shall not exceed 50 degrees Fahrenheit above ambient temperature during continuous operation with the addition of external cooler.

State: Working PSI

Must be spin-on variety and easily accessed for servicing.

7 micron full flow return line type with replacement element. Equivalent of Gresen Model FA215. Filter element to be available from local suppliers and be in stock.

State: manufacturer

Filter: restriction gauge to be installed on filter housing

State:

Proponent’s Initials __________

Page 23 of 30

Page 24: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

24 Controls All cab controls to be easily accessible from operator’s position on right side. Ergonomically designed joystick with proportional controls for loading arm operation to come with fully adjustable arm rest console mounted left side of driver’s position.

Four high quality video cameras, one for the hopper, one facing lifting arm to view cart being picked up (located at the rear), one on tailgate with auto operation when transmission gear selector is put in reverse, one on the right side mirror to view street side traffic.

State: camera system:

2 LCD monitors for cameras shall be installed one upper right side of windshield area without obstructing the operator’s vision for normal operation second center roof area behind windshield

Automatic and manual camera selector switches to be mounted in cab. Lifting arm extension warning light. Light to be activated when lifting arm is not full retracted.

Moveable selector switches for cameras mounted in cab. In cab body dump controls Dual packing controls. In cab and right side mounted automatic cart counter on grab arm with cab mounted read out.

State:

25 Packer Capacity

Must have a total body and tailgate capacity of 24 cu yd. 20cu/yd body with a 4cu/yd bubble.

State Capacity

State:

26 General Ladder – to be provided for operator access to top of packer body, located to right hand side (preferred), with rungs spaced approx. 16” apart with adequate toe space. Must be removable to gain access to body interior

Mud Flaps – to be supplied and installed and chained to front and read of rear tires.

State:

27 Autogreaser Groenveld CPL systems reservoir type automatic greasing system for lubricating all packing mechanisms and automated arm greasing points, including vehicle chassis. All components such as lines and distribution block etc. Shall be protected from chafing and damage. Reservoirs shall be located so that it is easy to check and refill lubricant level.

Note no autogreaser system to brake slack adjusters.

State:

Proponent’s Initials __________

Page 24 of 30

Page 25: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

28 Tailgate The tailgate shall be hydraulically operated.

Bustle type with approximately a 4 cu yd capacity. Hydraulic lock mechanism ensuring load securement during packing.

Safety pins to be provided to hold the lock mechanism to prevent accidental opening.

Tail gate to be operated by two hydraulic cylinders.

Tail gate cycle time of 55 seconds at idle.

Tailgate frame shall be steel grade ASTM A715 GR80. Abrasion resistant.

Tailgate skin shall be 12 ga thickness. (minimum)

A rubber seal shall be installed to prevent liquid leakage to cover full width of bottom and each side to a height of 30” (inches).

Full width self-dumping drip basin below tailgate to prevent leakage onto the road. Shall be equipped with drain pipe with valve.

Tail gate safety prop shall be provided.

Manual control valve in cab with safety lock to prevent accidental operation.

Cab mounted light and audible alarm to be provided to indicate unlocked tailgate.

State:

29 Sizes (including body and chassis)

Overall length of the body Overall length of body and truck Overall body width Overall vehicle height

State:

Proponent’s Initials __________

Page 25 of 30

Page 26: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

30 Body Lighting Brake/Tail lamps LED flush mount, with rubber grommets. Clearance Lamps LED flush mount, with rubber grommets. Signals LED flush mount, with rubber grommets flush mount,

with rubber grommets. Mid-Body signals LED flush mount, with rubber grommets. License plate light LED flush mount, with rubber grommets. Amber LED arrow stick installed on tailgate. 8-lamp Whelan

Dominator arrow stick model # D800 80 Two “Class One” LED strobe lights with branch guard kit. One

LED strobe mounted on top of the front of the body and one LED strobe centered on the rear of the tailgate.

Two LED work lights mounted in hopper area and one

mounted for the right side gripper. Switches mounted in the cab with a dedicated 20 amp circuit.

All lighting shall originate at a sealed-weather proof junction

box located at the rear of the chassis frame and be easily accessible for maintenance.

All wiring to be color coded and routed through a protective

loom and supported every 12 inches with a mechanical fastener. All wiring passing through metal shall be protected by rubber grommets.

All lighting to comply with BC Motor Vehicle Act.

State:

31 Options Vulcan Onboard scale system Two aluminum 4’ x 8’ long slide in advertising frames,

centered on each side of the truck body.

Shovel and broom holders List all available options

State:

32 Color & Keys White with five (5) sets of keys

Proponent’s Initials __________

Page 26 of 30

Page 27: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

33 Guarantee The complete unit shall be warranted against all defects and excessive wear as listed below. Proponents shall include this as part of their basic unit price and not as a separately priced option. Vendor shall provide a written warranty for these periods as part of the bid package.

1. Cab and Chassis 1 year.

2. Engine and Transmission 3 years.

3. Hydraulic System 3 years (include chrome hydraulic cylinders and pumps).

4. Packer Body and loading Arm 1 year.

Bidder shall state his normal warranty and include details with tender. If extended warranty is available state terms and costs below.

The completed unit, truck, body, systems, component, controls and features are to meet Federal and Provincial regulations concerning motor vehicles, and regulations of BC workers Compensation Act that are applicable.

List Warranty packages, and coverage:

List any optional warranty packages with cost:

State:

34 General Chassis & Manuals

One operator’s manuals per unit providing full and complete information and instructions on the operation of the unit.

Successful bidder to provide two (2) copies each: Engine manual, chassis manual, electrical manual and packer body manual.

Two service manuals with detailed instructions on the maintenance and repair/major overhaul of all components of the equipment including electrical and emissions components and any related diagrams.

Preventive maintenance schedules and procedures for components subject to heavy wear shall be included.

One parts list catalogue to identify all components. This identification shall be by nomenclature and description or exploded view drawings related to the manufacturer’s part number.

State:

35 Hybrid of flex fuel

State pricing & availability of hybrid or alternative fuel options State:

Proponent’s Initials __________

Page 27 of 30

Page 28: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Spec. #

Description Required by Corporation State Yes if you conform, State No with detail

36 Training Extensive factory training for three mechanics. To cover the familiarization, maintenance, and troubleshooting techniques. For both the body and the chassis. This tender shall include all costs including: return trip airfare, accommodations, transfers and meals.

Please state the location, duration and topics of training.

Name the local service provider, include location and hours of operation.

The successful proponent shall have in stock within the lower

main land area, one spare automated arm complete with all applicable accessories to replace an existing arm for a period of seven years.

The successful proponent shall have a warranty service facility in the lower mainland with factory trained mechanical and parts personnel.

State

37 Final Inspection

Upon completion the supplier will coordinate a visit to the factory for a representative of the City of New Westminster to view the completed unit. This tender shall include all costs including: return trip airfare, accommodations, transfers and meals.

38 Delivery F.O.B. City Garage, 901 First Street, New Westminster, BC V3L 2J1 The complete unit is to be weighed and an official weigh scale ticket will accompany the registration papers at the time of delivery. This shall include weight of front axle, rear axles, and complete unit.

Proponent’s Initials __________

Page 28 of 30

Page 29: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

PRICE AND DELIVERY SCHEDULE

PRICE In accordance with the Contract Documents, which terms and conditions we have carefully examined and agree to, the undersigned hereby submits a firm Tender to supply for the price(s) as listed below: Delivered FOB City of New Westminster Works Yard 901 1St St New Westminster 1) PRICING OPTION

with trade-in(s) (1) 2011 Mack / LaBrie Automated Packer approx. 85,000km & 10500hrs.

Quantity

1

Unit Price

$_____________

Less Trade-ins

PST 7%

GST 5%

Environmental Tax

Total Tendered Price

Extended Price

$ ______________

$ ______________

$ ______________

$ ______________

$ ______________

$ ______________

2) PRICING OPTION with no trade-in(s)

Quantity

1

Unit Price

$_____________

PST 7%

GST 5%

Environmental Tax

Total Tendered Price

Extended Price

$ ______________

$ ______________

$ ______________

$ ______________

$ ______________

All Tenders shall be irrevocable and open for acceptance for a period of 60 days after closing of Tenders.

Proponent’s Initials __________

Page 29 of 30

Page 30: REQUEST FOR PROPOSAL - New Westminster · 2017-03-23 · REQUEST FOR PROPOSAL . NWRFP-17-12 . Design and Construction of One Tandem Axle Automated Garbage Truck . Closing Time: April

NWRFP-17-12 CORPORATION OF THE CITY OF NEW WESTMINSTER

Price Discrepancies If there are any discrepancies between the unit prices and the extended totals, then the unit price shall be deemed to be correct, and the corresponding corrections shall be made to the extended totals. If the unit price is given but the corresponding extended total has been omitted the following shall apply: a) If a unit price is given but the corresponding extended total has been omitted, then the extended total shall be calculated from the unit price and the quantity, and inserted as the extended total: b) If the extended total is given but the corresponding unit price has been omitted, then the price shall be calculated from the extended total and the quantity, and inserted as the price. DELIVERY SCHEDULE (to be completed by bidder) Shall be complete within _________ calendar days following City’s acceptance of the Bidder’s offer. All goods and services are subject to inspection and approval by the City upon delivery. The City may take up to a 7 days for inspection and a written confirmation will be given when completed. If the Bidder fails to affect supply within the delivery time specified within its RFP, the Bidder shall be liable to the City for the costs incurred by the City as a result of the delay.

Proponent’s Initials __________

Page 30 of 30